124-BYM-2024 Procurement of cleaning filters for Åsland Snow Disposal Site

The procurement is for the procurement of filter tanks and treatment filters that shall be installed at a new treatment facility for polluted snow masses at Åsland snow disposal site in Oslo municipality. The treatment plant shall be constructed in 2025-26, where BYM shall enter into a contract with a …

CPV: 42910000 Aparatos de destilación, filtración o rectificación, 42912330 Aparatos para depurar agua, 42912300 Maquinaria y aparatos para filtrar o depurar agua, 42912310 Aparatos para filtrar agua, 42912350 Equipo para planta de filtrado, 45232100 Obras auxiliares para tuberías de agua, 45332200 Trabajos de tendido de cañerías de agua
Plazo:
14 de julio de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
124-BYM-2024 Procurement of cleaning filters for Åsland Snow Disposal Site
Organismo adjudicador:
Oslo kommune v/ Bymiljøetaten
Número de premio:
24/109761

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 124-BYM-2024 Procurement of cleaning filters for Åsland Snow Disposal Site
Description : The procurement is for the procurement of filter tanks and treatment filters that shall be installed at a new treatment facility for polluted snow masses at Åsland snow disposal site in Oslo municipality. The treatment plant shall be constructed in 2025-26, where BYM shall enter into a contract with a contractor for the construction of a landfill plate and sedimentation/digestion base with valve basements. The contract with the contractor is based on an execution contract model. The purification filters from the tenderer in the current procurement shall be delivered to the construction site, developed in accordance with the tender documentation and the tenderer ́s tender. In addition tenderers shall provide operation and maintenance services after installation and start-up of treatment plants.
Procedure identifier : a155772e-20e4-4b6d-b037-0b5360071764
Internal identifier : 24/109761
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA) parts I and III, as well as the provisions included in this tender documentation. The competition will be held as an open tender contest. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 42912300 Machinery and apparatus for filtering or purifying water
Additional classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42912330 Water-purifying apparatus
Additional classification ( cpv ): 42912350 Filtration plant equipment
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45332200 Water plumbing work

2.1.2 Place of performance

Postal address : Sluttstykket 1
Town : Oslo
Postcode : 1274
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 124-BYM-2024 Procurement of cleaning filters for Åsland Snow Disposal Site
Description : The procurement is for the procurement of filter tanks and treatment filters that shall be installed at a new treatment facility for polluted snow masses at Åsland snow disposal site in Oslo municipality. The treatment plant shall be constructed in 2025-26, where BYM shall enter into a contract with a contractor for the construction of a landfill plate and sedimentation/digestion base with valve basements. The contract with the contractor is based on an execution contract model. The purification filters from the tenderer in the current procurement shall be delivered to the construction site, developed in accordance with the tender documentation and the tenderer ́s tender. In addition tenderers shall provide operation and maintenance services after installation and start-up of treatment plants.
Internal identifier : 24/109761

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 42912300 Machinery and apparatus for filtering or purifying water
Additional classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42912330 Water-purifying apparatus
Additional classification ( cpv ): 42912350 Filtration plant equipment
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45332200 Water plumbing work
Options :
Description of the options : The contracting authority has an option for one filter tank without filter medium. The deadline for the contracting authority to trigger the option is 7 calendar days after the contract is signed.

5.1.2 Place of performance

Postal address : Sluttstykket 1
Town : Oslo
Postcode : 1274
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be registered in a company register or equivalent register. Documentation: Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation: Credit rating, not older than six months, documenting that the tenderer is credit worthy (equivalent to an "A" in the triple AAA system). The contracting authority reserves the right to obtain credit appraisal on its own initiative. The contracting authority uses services provided by Dun & Bradstreet.
Criterion : Technicians or technical bodies to carry out the work
Description : Technical personnel and professional competence. The tenderer must have the use of technical personnel or units with sufficient professional expertise to fulfil the contract. Such competence can be experience and education within water, water, environment, environment chemistry etc. Documentation: A description of the technical personnel or technical units and information on education, professional qualifications, experience that the tenderer has at its disposal for fulfilment of the contract. CV for key personnel who shall operate and develop the filters.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Environment
Description : Lower emission levels of zinc, copper and chrome. Tenderers will be paid for improvements beyond the minimum requirements for emission values as follows from point 5.3 below, ref. annex D1. The offered levels shall be fulfilled within two years from the start of the treatment facility (development phase). Zinc is to be weighted larger than copper and chrome; •Zinc: 60% •Copper: 20% •Chrome: 20% Documentation: Tenderers shall provide information on emission levels of zinc, copper and chrome, measured as milligrams per litre (μg/l), cf. Complete annex A1 under "Offered Cleaning Effect, Award Criterium "Environment".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name : Lowest Price
Description : Lowest tender price. Documentation: Completed price and tender form, annex A1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality - Functionality and operational friendly
Description : Documentation: Description of functionality and design that provides better operational friendlyness and maintenance.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 11/07/2025 08:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 14/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 30 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : The tenderer ́s qualifications will be assessed on the submitted self-declaration form (ESPD) and documentation. The ESPD form is in the KGV tool. The contracting authority can, at any time in the competition, ask tenderers to deliver all or parts of the documentation proofs if necessary to ensure that the competition is carried out correctly and in all cases for the chosen tenderer. The self-declaration form functions as provisional documentation for the following: • ensuring that the tenderer fulfils the qualification requirements • that there are no reasons for rejection at the tenderer, including purely national rejection reasons, cf. point 4.3.1. The European self-declaration form must be filled in for the actual competition. The ESPD enquiry for the actual competition can be found in the KGV tool and downloaded by clicking "Export ESPD Enquiry". The contracting authority has and the right to make clarifications, corrections or supplements to the tender as long as this does not result in the tender being changed and improved.
Information about public opening :
Opening date : 14/07/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : According to the procurement regulations §25-1 (1), the contracting authority for a procurement shall, in accordance with the procedure rules in part III of the regulations, simultaneously with the notification on the choice of tenderer, set a waiting period. The waiting period shall as a minimum be 10 days calculated from the day after the notification has been given.

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Sindre Olsen Næss
Telephone : +47 93297208
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 37c5ad45-7992-4d11-98c0-3274b5eacb9c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/06/2025 10:57 +00:00
Notice dispatch date (eSender) : 11/06/2025 07:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00380888-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025